FDIC's Juniper WAN Tech Refresh Requirement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for its Juniper WAN Tech Refresh Requirement under RFQ# CORHQ-26-Q-0116. This opportunity seeks to procure Juniper hardware, software licenses, and maintenance services to replace end-of-life equipment within the FDIC's Wide Area Network (WAN) infrastructure. Quotes are due by 12:00 PM EST on April 30, 2026.
Scope of Work
The requirement includes various Juniper hardware components such as QFX and ACX series switches, cables, routing engines, power supplies, and line cards, along with associated software licenses. Maintenance services, including Juniper Care Next Day Support and Juniper Government Advanced Care Plus, are also required. Offerors must be an Authorized Reseller/Partner of Juniper or the Original Equipment Manufacturer (OEM).
Contract & Timeline
- Contract Type: Request for Quote (RFQ) CORHQ-26-Q-0116
- Period of Performance: One year from the award date (start date TBD)
- Place of Performance: FDIC, Division of Information Technology (DIT) Distribution Center, 3501 Fairfax Drive, Arlington, VA 22226
- Set-Aside: None (This acquisition is not a Small-Business Set-Aside)
- NAICS Code: 334210 (Digital Network Communications Hardware, Software, And Other Equipment)
- Questions Due: April 23, 2026, 12:00 PM EST (using attached Q&A template)
- Quotes Due: April 30, 2026, 12:00 PM EST
- Published Date: April 16, 2026
Submission & Evaluation
Proposals must be submitted electronically to ditoles@fdic.gov and divided into three separate volumes:
- Volume I – Pricing: Utilize the provided Attachment B.1 - Price Schedule, inputting proposed amounts for "List Price" and "Net Price," and offering the most favorable discount.
- Volume II – Additional Information: Include representations and certifications.
- Volume III – SCRM Information: Complete and submit Attachment J.1 - Pre-Award Risk Management (SCRM) Information, providing details on the origin and manufacturing status of goods/services. Failure to provide required status may result in ineligibility.
Evaluation will follow a Lowest Price Technically Acceptable (LPTA) method, assessing technical acceptability based on minimum requirements and pricing for completeness and reasonableness. Offerors must have an active SAM.gov registration prior to award.
Key Updates & Notes
- Price Schedule Update: Attachment B.1 - Price Schedule has been updated to remove certain line items (11-15, 26-30, 41-45) that were previously covered under another PO, and items have been renumbered. Bidders should use the latest version.
- Period of Performance: The exact start date is TBD and will be based on the effective date of award.
- Validity: Offers must be valid for at least 120 days.
- Tax Exemption: The FDIC is exempt from State sales tax.